Download as pdf or txt
Download as pdf or txt
You are on page 1of 9

Bid Number/बोली मांक ( बड सं या) :

GEM/2024/B/4738913
Dated/ दनांक : 07-03-2024

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 02-04-2024 19:00:00

Bid Opening Date/Time/ बड खुलने क


02-04-2024 19:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


180 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Maharashtra

Department Name/ वभाग का नाम Higher And Technical Education Department Maharashtra

Organisation Name/संगठन का नाम Directorate Of Technical Education

Office Name/कायालय का नाम Head Office

Custom Bid for Services - Selection of System Integrator for


Supply Establishment Operation and Maintenance of Center
Item Category/मद केटे गर of Excellence on Digitalization through Simulation and
providing training to students and faculty for four years at
Government Colle..

Contract Period/अनुबंध अविध 4 Year(s) 1 Day(s)

Minimum Average Annual Turnover of the


bidder (For 3 Years)/ बडर का यूनतम औसत 1796 Lakh (s)
वा षक टनओवर (3 वष का)

Years of Past Experience Required for


same/similar service/उ ह ं/समान सेवाओं के िलए 5 Year (s)
अपे त वगत अनुभव के वष

Past Experience of Similar Services


required/इसी तरह क सेवाओं का पछला आव यक Yes
अनुभव है

MSE Exemption for Years Of


Yes
Experience/अनुभव के वष से एमएसई छूट/

Startup Exemption for Years Of


Yes
Experience/अनुभव के वष से टाटअप छूट/

1/9
Bid Details/ बड ववरण

Experience Criteria,Bidder Turnover,Certificate (Requested


in ATC),OEM Authorization Certificate,OEM Annual
Turnover,Additional Doc 1 (Requested in ATC),Additional
Document required from seller/ व े ता से मांगे Doc 2 (Requested in ATC),Additional Doc 3 (Requested in
ATC),Additional Doc 4 (Requested in ATC)
गए द तावेज़ *In case any bidder is seeking exemption from Experience /
Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

Bid to RA enabled/ बड से रवस नीलामी स य कया Yes

RA Qualification Rule 50% Lowest Priced Technically Qualified Bidders

Type of Bid/ बड का कार Two Packet Bid

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 5 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

Estimated Bid Value/अनुमािनत बड मू य 44900000

Evaluation Method/मू यांकन प ित Total value wise evaluation

Financial Document Indicating Price


Breakup Required/मू य दशाने वाला व ीय द तावेज Yes
ेकअप आव यक है

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक AXIS BANK LTD

EMD Amount/ईएमड रािश 1000000

ePBG Detail/ईपीबीजी ववरण

Advisory Bank/एडवाइजर बक AXIS BANK LTD

ePBG Percentage(%)/ईपीबीजी ितशत (%) 5.00

Duration of ePBG required (Months)/ईपीबीजी क


62
अपे त अविध (मह ने).

(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the
relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service
Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this
Policy./जेम क शत के अनुसार ईएमड छूट के इ छुक बडर को संबंिधत केटे गर के िलए बड के साथ वैध समिथत द तावेज़ तुत करने है ।
एमएसई केटे गर के अंतगत केवल व तुओं के िलए विनमाता तथा सेवाओं के िलए सेवा दाता ईएमड से छूट के पा ह। यापा रय को इस नीित के
दायरे से बाहर रखा गया है ।

(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable./ईएमड और संपादन
जमानत रािश, जहां यह लागू होती है , लाभाथ के प म होनी चा हए।

2/9
Beneficiary/लाभाथ :
Director
Directorate of Technical Education, 3, Mahaplika Marg, Opp Metro Cinema, Dhobi Talao, Mumbai 400001
(Directorate Of Technical Education Mumbai)

Splitting/ वभाजन

Bid splitting not applied/बोली वभाजन लागू नह ं कया गया.

MII Compliance/एमआईआई अनुपालन

MII Compliance/एमआईआई अनुपालन Yes

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता No

1. If the bidder is a Micro or Small Enterprise as per latest definitions under MSME rules, the bidder shall be
exempted from the requirement of "Bidder Turnover" criteria and "Experience Criteria" subject to meeting of
quality and technical specifications. If the bidder is OEM of the offered products, it would be exempted from the
"OEM Average Turnover" criteria also subject to meeting of quality and technical specifications. In case any
bidder is seeking exemption from Turnover / Experience Criteria, the supporting documents to prove his eligibility
for exemption must be uploaded for evaluation by the buyer.
2. If the bidder is a Startup, the bidder shall be exempted from the requirement of "Bidder Turnover" criteria and
"Experience Criteria" subject to their meeting of quality and technical specifications. If the bidder is OEM of the
offered products, it would be exempted from the "OEM Average Turnover" criteria also subject to meeting of
quality and technical specifications. In case any bidder is seeking exemption from Turnover / Experience Criteria,
the supporting documents to prove his eligibility for exemption must be uploaded for evaluation by the buyer.
3. The minimum average annual financial turnover of the bidder during the last three years, ending on 31st
March of the previous financial year, should be as indicated above in the bid document. Documentary evidence in
the form of certified Audited Balance Sheets of relevant periods or a certificate from the Chartered Accountant /
Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the
date of constitution / incorporation of the bidder is less than 3-year-old, the average turnover in respect of the
completed financial years after the date of constitution shall be taken into account for this criteria.
4. Years of Past Experience required: The bidder must have experience for number of years as indicated above in
bid document (ending month of March prior to the bid opening) of providing similar type of services to any
Central / State Govt Organization / PSU / Public Listed Company. Copies of relevant contracts / orders to be
uploaded along with bid in support of having provided services during each of the Financial year.
5. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.
6. Past Experience of Similar Services: The bidder must have successfully executed/completed similar Services
over the last three years i.e. the current financial year and the last three financial years(ending month of March
prior to the bid opening): -
1. Three similar completed services costing not less than the amount equal to 40% (forty percent) of the
estimated cost; or
2. Two similar completed services costing not less than the amount equal to 50% (fifty percent) of the estimated
cost; or
3. One similar completed service costing not less than the amount equal to 80% (eighty percent) of the estimated
cost.

7. Reverse Auction would be conducted amongst first 50% of the technically qualified bidders arranged in the

3/9
order of prices from lowest to highest. Number of sellers eligible for participating in RA would be rounded off to
next higher integer value if number of technically qualified bidders is odd (e.g. if 7 bids are technically qualified,
then RA will be conducted amongst L-1 to L-4). In case number of technically qualified bidders are 2 or 3, RA will
be between all without any elimination. If Buyer has chosen to split the bid amongst N sellers, then minimum N
sellers would be taken to RA round. In case Primary products of only one OEM are left in contention for
participation in RA based on lowest 50% bidders qualifying for RA, the number of sellers qualifying for RA would
be increased to get at least products of one more OEM (directly participated or through its reseller) if available.
Further, if bid(s) of any seller(s) eligible for MSE preference is / are coming within price band of 15% of Non MSE
L-1 or if bid of any seller(s) eligible for Make in India preference is / are coming within price band of 20% of non
MII L-1, then such MSE / Make in India seller shall also be allowed to participate in the RA process.

Excel Upload Required/ए सेल म अपलोड कए जाने क आव यकता :

BOQ COMPLIANCE - 1709643492.xlsx

Additional Qualification/Data Required/अित र यो यता /आव यक डे टा

Quantifiable Specification / Standards of The Service/ BOQ:1709643689.pdf

GEM Availability Report ( GAR):1709643794.pdf

Buyer's Competent Authority Approval:1709643954.pdf

Introduction about the project /services being proposed for procurement using custom bid
functionality:1709724709.pdf

Instruction To Bidder:1709724718.pdf

Pre Qualification Criteria ( PQC ) etc if any required:1709724729.pdf

Scope of Work:1709724740.pdf

Service Level Agreement (SLA):1709724768.pdf

Payment Terms:1709724776.pdf

Penalties:1709724782.pdf

Project Experience and Qualifying Criteria Requirement:1709724793.pdf

Educational Qualification including Profile of SME/Consultants /Professional Resources /Technical


Resources if they are part of Project .:1709724809.pdf

Any other Documents As per Specific Requirement of Buyer -1:1709724833.pdf

This Bid is based on Least Cost Method Based Evaluation (LCS). The technical qualification
parameters are:-

Max Min Evaluation Seller Document


Parameter Name
Marks Marks Document Required

Technical Evaluation shall be as per


100 70 View file Yes
section 4.3 of RFP

Total Minimum Passing Technical Marks: 70

Pre Bid Detail(s)

Pre-Bid Date and Time Pre-Bid Venue

4/9
Conference Hall, Directorate of Technical Education, MS, 3,Mahapalika Marg,
20-03-2024 12:00:00
Opp Metro Cinema, Dhobi Talao, Mumbai 400001

Custom Bid For Services - Selection Of System Integrator For Supply Establishment
Operation And Maintenance Of Center Of Excellence On Digitalization Through
Simulation And Providing Training To Students And Faculty For Four Years At
Government Colle.. ( 1 )

Technical Specifications/तकनीक विश याँ

Specification Values

Core

Description /Nomenclature of Selection of System Integrator for Supply Establishment Operation and
Service Proposed for Maintenance of Center of Excellence on Digitalization through Simulation and
procurement using custom providing training to students and faculty for four years at Government College
bid functionality of Engg Amravati

Regulatory/ Statutory
YES
Compliance of Service

Compliance of Service to
YES
SOW, STC, SLA etc

Addon(s)/एडऑन

Additional Specification Documents/अित र विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार

The quantity
of
Consignee procurement
S.No./ . Reporting/Officer/ Additional
"1" indicates
परे षती/ रपो टग Address/पता Requirement/अित र
सं. Project
आव यकता
अिधकार based or
Lumpsum
based hiring.

444604,Government College of
Prashant Laxmanrao Engineering, VMV Road, Near
1 1 N/A
Paikrao Kathora Naka, Amravati-
444604

Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत

1. Generic

OPTION CLAUSE: The buyer can increase or decrease the contract quantity or contract duration up to 25
percent at the time of issue of the contract. However, once the contract is issued, contract quantity or
contract duration can only be increased up to 25 percent. Bidders are bound to accept the revised
quantity or duration

5/9
2. Generic

Actual delivery (and Installation & Commissioning (if covered in scope of supply)) is to be done at
following address

Government College of Engineering, Amravati


VMV road
Kathora naka
Amaravati
Maharashtra
.

3. Generic

Bidder financial standing: The bidder should not be under liquidation, court receivership or similar
proceedings, should not be bankrupt. Bidder to upload undertaking to this effect with bid.

4. Generic

Bidders shall quote only those products (Part of Service delivery) in the bid which are not obsolete in the
market and has at least 5 years residual market life i.e. the offered product shall not be declared end-of-
life by the OEM before this period.

5. Generic

Consortium: In case of Contracts, wherein the seller alone does not have necessary expertise, the seller
can form consortium with other sellers for submission of the bid, with one of the consortium company as
leader. However, each and every member of the consortium shall be equally responsible for the complete
execution of the project contract. An undertaking to this effect is to be uploaded with bid.

6. Generic

Malicious Code Certificate:

The seller should upload following certificate in the bid:-


(a) This is to certify that the Hardware and the Software being offered, as part of the contract, does not
contain Embedded Malicious code that would activate procedures to :-
(i) Inhibit the desires and designed function of the equipment.
(ii) Cause physical damage to the user or equipment during the exploitation.
(iii) Tap information resident or transient in the equipment/network.
(b) The firm will be considered to be in breach of the procurement contract, in case physical damage, loss
of information or infringements related to copyright and Intellectual Property Right (IPRs) are caused due
to activation of any such malicious code in embedded software.

7. Generic

Manufacturer Authorization:Wherever Authorised Distributors/service providers are submitting the


bid, Authorisation Form /Certificate with OEM/Original Service Provider details such as name, designation,
address, e-mail Id and Phone No. required to be furnished along with the bid

8. Generic

1. The Seller shall not assign the Contract in whole or part without obtaining the prior written consent of
buyer.
2. The Seller shall not sub-contract the Contract in whole or part to any entity without obtaining the prior
written consent of buyer.
3. The Seller shall, notwithstanding the consent and assignment/sub-contract, remain jointly and severally
liable and responsible to buyer together with the assignee/ sub-contractor, for and in respect of the due
performance of the Contract and the Sellers obligations there under.

9. Service & Support

6/9
AVAILABILITY OF OFFICE OF SERVICE PROVIDER: An office of the Service Provider must be located in the
state of Consignee. DOCUMENTARY EVIDENCE TO BE SUBMITTED.

10. Service & Support

Dedicated /toll Free Telephone No. for Service Support : BIDDER/OEM must have Dedicated/toll Free
Telephone No. for Service Support.

11. Service & Support

Escalation Matrix For Service Support : Bidder/OEM must provide Escalation Matrix of Telephone Numbers
for Service Support.

12. Certificates

Bidder's offer is liable to be rejected if they don't upload any of the certificates / documents sought in the
Bid document, ATC and Corrigendum if any.

13. Forms of EMD and PBG

Bidders can also submit the EMD with Account Payee Demand Draft in favour of

Director Technical Education , Mumbai


payable at
Mumbai
.
Bidder has to upload scanned copy / proof of the DD along with bid and has to ensure delivery of hardcopy
to the Buyer within 5 days of Bid End date / Bid Opening date.

14. Forms of EMD and PBG

Bidders can also submit the EMD with Fixed Deposit Receipt made out or pledged in the name of A/C
(Name of the Buyer). The bank should certify on it that the deposit can be withdrawn only on the demand
or with the sanction of the pledgee. For release of EMD, the FDR will be released in the favour of the
bidder by the Buyer after making endorsement on the back of the FDR duly signed and stamped along
with covering letter. Bidder has to upload scanned copy/ proof of the FDR along with bid and has to ensure
delivery of hardcopy to the Buyer within 5 days of Bid End date/ Bid Opening date

15. Forms of EMD and PBG

Bidders can also submit the EMD with Banker’s Cheque in favour of

Director Technical Education Mumbai


payable at
Mumbai
.
Bidder has to upload scanned copy / proof of the BC along with bid and has to ensure delivery of hardcopy
to the Buyer within 5 days of Bid End date / Bid Opening date.

16. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Fixed Deposit Receipt also (besides
PBG which is allowed as per GeM GTC). FDR should be made out or pledged in the name of

Director Technical Education Mumbai


A/C (Name of the Seller). The bank should certify on it that the deposit can be withdrawn only on the
demand or with the sanction of the pledgee. For release of Security Deposit, the FDR will be released in
favour of bidder by the Buyer after making endorsement on the back of the FDR duly signed and stamped
along with covering letter. Successful Bidder has to upload scanned copy of the FDR document in place of
PBG and has to ensure delivery of hard copy of Original FDR to the Buyer within 15 days of award of
contract.

17. Buyer Added Bid Specific ATC

7/9
Buyer uploaded ATC document Click here to view the file .

18. Buyer Added Bid Specific SLA

File Attachment Click here to view the file .

19. Buyer Added Bid Specific Scope Of Work(SOW)

File Attachment Click here to view the file .

20. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

1) Regarding Electrical work, networking, painting etc the bidders are required to note that the proposed
CoE will be set up in 2 Halls each having approx. 1500 SFT . The bidders are advised to visit the location.

2) It is mandatory for the bidders to quote for all the items as per BoQ. They must also fill in the financial br
eak up in the BoQ file, sign it, and attach the scanned copy along with Commercial bid. The sum total in B
oQ must match the price quoted in the Commercial bid. An undertaking to this effect with sign and seal of
the bidder must be submitted in Technical bid

3) Queries for the pre-bid may be sent to desk11@dtemaharashtra.gov.in at least 1 day in advance befo
re the date of pre-bid.

4) Conditions of RFP document in ATC shall be binding.

5) Subject to Mumbai jurisdiction.

Disclaimer/अ वीकरण

The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses
on the bidding process, its outcome, and consequences thereof including any eccentricity / restriction arising in
the bidding process due to these ATCs and due to modification of technical specifications and / or terms and
conditions governing the bid. Any clause(s) incorporated by the Buyer regarding following shall be treated as
null and void and would not be considered as part of bid:-

1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum
issued by DPIIT in this regard.
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any
Category item bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process.
9. Mandating foreign / international certifications even in case of existence of Indian Standards without
specifying equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export
experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.

8/9
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the
case may be.

Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of
this bid, they can raise their representation against the same by using the Representation window provided in
the bid details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer
is duty bound to reply to all such representations and would not be allowed to open bids if he fails to reply to
such representations.

This Bid is governed by the General Terms and Conditions/सामा य िनयम और शत, conditons stipulated in Bid and
Service Level Agreement specific to this Service as provided in the Marketplace. However in case if any condition
specified in General Terms and Conditions/सामा य िनयम और शत is contradicted by the conditions stipulated in
Service Level Agreement, then it will over ride the conditions in the General Terms and Conditions.
In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action

in accordance with the laws./ जेम क सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द
पर ितबंध के संबंध म भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा
जब वह बड दे ने वाला स म ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी
गलत घोषणा कए जाने व इसका अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई
का आधार होगा।

---Thank You/ ध यवाद---

9/9

You might also like